Section one: Contracting authority
one.1) Name and addresses
The Mayor and Commonalty and Citizens of the City of London
City of London Corporation, Guildhall, PO Box 270
London
EC2P 2EJ
loredana.sandu@cityoflondon.gov.uk
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main address
https://www.cityoflondon.gov.uk
Buyer's address
https://cityoflondon.ukp.app.jaggaer.com
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://cityoflondon.ukp.app.jaggaer.com
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://cityoflondon.ukp.app.jaggaer.com
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Connect to Work Programme - Delivery Partner
Reference number
prj_67
two.1.2) Main CPV code
- 79611000 - Job search services
two.1.3) Type of contract
Services
two.1.4) Short description
The City of London Corporation (the "City") is looking to establish an agreement for the provision of a Delivery Partner on behalf of Central London Forward as part of the Department for Work and Pensions Connect to Work Programme.
The duration of the contract is up to 5 years only.
two.1.5) Estimated total value
Value excluding VAT: £30,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 79611000 - Job search services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
The Department for Work and Pensions (DWP) is launching Connect to Work programme (formerly known as Universal Support), an employment programme aimed at assisting disabled individuals and unemployed people with complex needs in securing employment.
Central London Forward (CLF), hosted by the City of London Corporation (the "City"), has been appointed as the accountable body for the Connect to Work programme in central London.
CLF is a strategic sub-regional partnership encompassing the local authorities of: Camden Council, City of London Corporation, Hackney Council, Haringey Council, Islington Council, Royal Borough of Kensington and Chelsea, Lambeth Council, Lewisham Council, Southwark Council, Tower Hamlets Council, Wandsworth Council, Westminster City Council.
To effectively deliver the programme in line with DWP requirements, there is a need for a Delivery Partner to undertake the work on behalf of Camden Council, Royal Borough of Kensington and Chelsea, Westminster City Council and partially for Haringey Council and Lambeth Council. The City reserves the right to extend the service in part or in full to the rest of the councils under CLF noted above should the need arise. Equally it reserves the right to reduce the requirement depending on DWP or other factors.
The duration of the agreement is up to 5 years only.
two.2.5) Award criteria
Quality criterion - Name: Technical Envelope / Weighting: 65%
Quality criterion - Name: Responsible Procurement Envelope / Weighting: 15%
Quality criterion - Name: Pass/Fail elements / Weighting: Pass/Fail
Cost criterion - Name: Pass/Fail elements / Weighting: Pass/Fail
Cost criterion - Name: Commercial Envelope / Weighting: 20%
two.2.6) Estimated value
Value excluding VAT: £30,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
21 March 2025
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
21 March 2025
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
This tendering exercise is being undertaken using the electronic tendering system https://cityoflondon.ukp.app.jaggaer.com. Suppliers will need to register an interest on the system in order to participate and registration is free.
Participants should register as a supplier on the portal using the aforementioned URL/link (if not already), then search for the opportunity titled using the Reference number stated below.
The estimated total value of the contract is stated in sections II.1.5) and II.2.6) of this notice and is exclusive of VAT and for the entire duration together with all potential future needs as described within the tender documents.
The procurement is being run as a one stage process under the open procedure and therefore, if your organisation would like to participate in this tender exercise, it can do so by completing and returning the Qualification Envelope and the Invitation To Tender (ITT) questionnaire which can be found on the City's e-procurement portal at: https://cityoflondon.ukp.app.jaggaer.com with the Reference number: prj_67 or itt_50.
Organisations must submit their completed Qualification Envelope and Invitation to Tender(ITT) questionnaire together with any supporting documents, via the system by the return deadline in order to participate and registration is free. Qualification envelopes and Invitation to Tender(ITT) questionnaires cannot be uploaded after the return deadline.
The contracting authority will not be held accountable for any errors made by an organisation in submitting their applicable Qualification Envelopes and Invitation to Tender (ITT)questionnaires. The contracting authority reserves the right at any time to vary the timescales in this notice, cease the procurement process and not award the agreement or to award only part of the opportunity described in this notice. If the contracting authority takes up any of these rights then it will not be responsible for, or pay the expenses or losses, which may be incurred by any candidate or tenderer as a result. Economic operators are solely responsible for their costs and expenses incurred in connection with the preparation of their tender submissions and all stages throughout the procurement. Under no circumstances will the contracting authority be liable for costs or expense borne by the economic operators.
The procurement process that will apply to the requirement is specified in the procurement documents accordingly.
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
Royal Courts of Justice, The Strand
London
WC2A 2LL
Telephone
+44 2079476000
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
High Court of England and Wales
Royal Courts of Justice, The Strand,
London
WC2A 2LL
Telephone
+44 2079476000
Country
United Kingdom